Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOURCES SOUGHT

16 -- UAI Follow-On Effort

Notice Date
2/17/2006
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8626-06-R-XXXX
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
This synopsis is a sources sought notice only. This is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a response to this notice. DUE: Written responses to this sources sought synopsis should be submitted no later than (15) fifteen calendar days from the publication date of this notice. Technical Point of Contact: Mr. Oren Edwards, phone (937) 255-7210 x3901, email: oren.edwards@wpafb.af.mil DESC: Sources sought for UAI Contracts, POC: Ms Pamela Bates, CONTRACT NEGOTIATOR, phone: (937) 255-3385 ext. 3109, email: Pamela.bates@wpafb.af.mil, Mr. Larry Doelker, CONTRACTING OFFICER, phone: (937) 255-7210 ext. 3810, email: Lawrence.doelker@wpafb.af.mil. (This is not a Research and Development (R&D) announcement). The Government anticipates awarding cost plus fixed fee (CPFF). The period of performance will be 42 months for this effort with a range of $16M to a maximum of $20M. Successful contractors will be required to: 1. Provide support to individual platform/store program offices in their efforts toward integration of UAI requirements into their specific Operational Flight Program (OFP) and Mission Planning Environment (MPE) upgrades. This support will be situational and will depend on need and a request from the Program Office for such support. Support may be provided at all program phases of an OFP upgrade, including requirements definition and generation, system development and demonstration, and system testing and fielding. 2. Provide Platform/Store Interface Control Document (PSICD), Mission Planning (MPICD) and Launch Acceptable Region Data Package (LARDP) Super Joint Interface Control Working Group (SJICWG) support, to consist of secretariat functions utilizing a secure WEB site provided by the Government, providing key technical support in generating proposed changes or additions to the PSICD, MPICD, and LARDP packages and associated Certification Compliance Plans, as well as providing partial support from Original Equipment Manufacturer (OEM) programs not currently funded for UAI implementation to participate in SJICWG activities. All SJICWG support will follow the specified processes outlined in the UAI Interface Control Plan. 3. Perform a Risk Reduction study for incorporation of follow on interface requirements into current UAI development efforts. Follow on interface requirements are defined as those that are outside the scope of current UAI development efforts, and include but are not limited to: Air to Air stores; Post launch Communications (i.e. Weapons Data Link Network (WDLN); Unmanned Aerial Vehicles (UAVs); Joint Miniature Munition Interface (JMMI) and/or Miniature Munition/Store Interface (MMSI) interfaces currently used between Bomb Release Unit -61 (BRU-61) and Small Diameter Bomb I (SDB I); targeting and training pods; joint service platform and store programs not included in current efforts; and foreign manufactured platforms and stores. This effort will include technical reports and presentations documenting potential candidates identified, feasibility, trade studies, as well as roadmaps and plans for incorporating interfaces from these systems or technologies into the UAI program. For those interfaces or technologies deemed feasible for near-term inclusion into UAI, draft Engineering Change Proposals (ECPs) and associated draft Interface Change Notices (ICNs) will be generated with respect to the appropriate PSICD, MPICD, and LARDP core Government Furnished Equipment (GFE) documents. The draft ECPs/ICNs will either be incorporated into UAI core documents through formal SJICWG processes, accompanied by completion of quality assurance checklists by affected programs, or will otherwise be refined during follow on, full development efforts to address and incorporate these interfaces into UAI. Technical Objective: Contractor(s) shall define a protocol for achieving rapid, low cost integration of weapons onto aircraft by decoupling the integration from the aircraft Operational Flight Program (OFP) update cycles. Technical characteristics of the UAI protocol and the documents defining it shall be as follows: UAI must be capable of being implemented on legacy aircraft and maintain compatibility of legacy stores. UAI will not impose a common operating system across legacy aircraft or weapons. UAI will not require an upload of an OFP. For full UAI functionality, the aircraft must have ability to communicate with stores using a MIL-STD-1553 protocol, without violating the MIL-STD-1760 requirements for the use of standard messages. Modification of existing stores to be compatible with UAI is allowed. Joint Mission Planning System (JMPS) will be used as the UAI mission planning baseline system. The LAR efforts within SJICWG support shall include creation of a stand alone UAI LAR requirements document which may be included or referenced contractually in programs which choose to implement UAI compliant LAR algorithms. Document created as part of the LARDP development efforts shall be used as a baseline in generating this requirements document. The core ICDs shall define and document a single set of messages (the ?consolidated set?) that meet the requirements above. These ICDs shall incorporate interface requirements and growth features to accommodate foreseeable new weapon interface requirements. The ICDs will identify the existing weapons ICDs (the ?superset?) that are used as baseline requirements in defining the consolidated set. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAIC) code 336413, Aircraft Parts and Auxiliary Equipment applies to this acquisition with a size standard of 1,000 employees. In addition, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should also identify key technical risks, issues, and any partnering arrangements that may be considered. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be sent to ACSSW/AASS/PK, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than (15) fifteen days from the publication of this notice. In accordance with AFFARS Clause 5352.201-9101, the ASC ombudsman for this effort is Stephen J. Miller, ASC/AE, 1755 Eleventh St., B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone:937-255-5315; FAX 937-656-7193; e-mail, stephen.miller@wpafb.af.mil). The point of contact is Ms Pamela Bates, (937) 255-3385 ext. 3109. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions can be directed to Mr. Oren Edwards, (937) 255-7210 ext. 3901.
 
Place of Performance
Address: 2145 MONAHAN WAY, WRIGHT PATTERSON AFB, OH
Zip Code: 45433-7017
Country: USA
 
Record
SN00990553-W 20060219/060217212319 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.